Tender.bsnl.co.in



Bharat Sanchar Nigam Limited

|1 |Name of Work : |SITC of Free Cooling system for various BTS sites (where ambient temperature |

| | |remain above 300C) under BSNL Electrical Division, Haldwani |

| | | |

|2 |Name of Agency : |……………………………… |

| | | |

|3 |Cost of Tender : |Rs. 500 + Sale Tax |

| | | |

|4 |The online bid can be submitted up to 15:00 hrs on |17.02.2017 |

| |dated : | |

| | | |

|5 |The online bid shall be opened at 15:30 hrs on dated : |17.02.2017 |

UNDERTAKING

We undertake that we have gone through all the clauses / sub-clauses & terms & conditions of the EW-6, EW-8 forms and BSNL EW Condition of Contract and shall abide by them. We understand that same shall form part of the agreement.

Signature of Contractor Executive Engineer (E)

BSNL Electrical Division

Haldwani

NAME OF WORK: SITC of Free Cooling system for various BTS sites (where ambient temperature remain above 30 OC) under BSNL Electrical Division, Haldwani

INDEX

|S. No |DETAILS |PAGE |

|1 |CERTIFICATE |1 |

|2 |INDEX |2 |

|3 |PRESS NOTIFICATION (THROUGH PRESS) |3 |

|4 |NOTICE INVITING e-TENDER |4-6 |

|5 |INFORMATION & GENERAL INSTRUCTIONS FOR BIDDERS FOR e-TENDERING |7-8 |

|6 |NIT (FORM BSNL EW -6) |9-14 |

|7 |TENDER (FORM BSNL EW- 8) |15-16 |

|8 |General Rules And Directions |17-21 |

|9 |Proforma of Schedules |22-23 |

|10 |Schedule of Quantities |24-26 |

|11 |General Terms and Conditions (SCHEDULE “D”) |27-34 |

|12 |Technical Specification Of Free Cooling unit |35-36 |

|13 |Technical Specification For Electrical Works |37 |

|14 |Approved Makes |38-39 |

|15 |Model Form of BGs |40 |

|16 |Model Form of Performance guarantee |41-42 |

Certified that this Model NIT contains 42 pages.

BHARAT SANCHAR NIGAM LIMITED

(A govt. of India Enterprise)

PRESS NOTIFICATION

NOTICE INVITING e - TENDER

NIT No. 29/BSNL/ED/Haldwani/16-17 dated: 29.11.2016

The Executive Engineer (E) B.S.N.L., Electrical, Division, Haldwani invites on behalf of Bharat Sanchar Nigam Limited sealed item rate e-tenders for the following work.

Name of Work: SITC of Free Cooling system for various BTS sites (where ambient temperature remain above 30 OC) under BSNL Electrical Division, Haldwani

a) Estimated Cost: Rs 12,40,050/-

b) The online bid can be submitted up to 15:00 hrs on dated 17.02.2017

c) The online bid shall be opened at 15:30 hrs on dated 17.02.2017

For further details, please log on to .

Executive Engineer (E)

BSNL Electrical Division

Haldwani

NOTICE INVITING TENDER

NIT No. 29/BSNL/ED/Haldwani/16-17 dated: 29.11.2016

1) The Executive Engineer (E) BSNL, Electrical Division, Haldwani invites on behalf of Bharat Sanchar Nigam Limited online item rate e-tenders for the following work from the eligible contractors satisfying the following conditions:-

| | |

|a) |NAME OF WORK :- : SITC of Free Cooling system for various BTS sites (where ambient temperature remain above 30 OC) under BSNL |

| |Electrical Division, Haldwani. |

| | |

| |TENDER OPENING DIVISION: - BSNL Electrical Division- Haldwani |

|b) | |

| |ESTIMATED COST: - Rs. 12,40,050/- |

|c) | |

| |EMD: - Rs. 24,801/- |

|d) | |

| |COST OF TENDER DOCUMENT: - Rs. 500/- + (sales tax) |

|e) | |

| |TIME: - The RC shall remain valid for one year for SITC portion. AMC will be applicable only for works for which SITC has been carried |

|f) |out under this RC. |

| | |

| |i. Supply & ITC portion agreement : 2 (Two) months from the date of L.O.I. |

| | |

| |ii. AMC portion agreement : 36 (Thirty six) months from the date of L.O.I |

| | |

| |PERFORMANCE GUARANTEE:- |

|g) |Supply portion agreement: 5% of the tendered value of the Rate Contract of the Supply Portion work |

| | |

| |ITC portion agreement: 5% of the tendered value of the Rate Contract of the ITC & Misc. Portion work |

| | |

| |AMC Portion: 10% of the tendered value of the Rate Contract of the AMC work |

| | |

| |SECURITY DEPOSIT:- |

| |Supply portion agreement: 5% of the tendered value of the individual agreement |

| | |

|h) |ITC portion agreement: 5% of the tendered value of the individual agreement |

| | |

| |AMC Portion: Nil |

2) Eligibility Criteria:

2.1 Average annual financial turnover during the last 3 years, ending 31ST march of the

previous financial year, should be at least 30 % of the estimated cost.

“And”

2.2 Experience of having successfully completed similar works (where “similar work” shall mean “providing free cooling arrangement in shelter BTS”) in central Government / State Government / Central Autonomous body /State or Central PSU / Licensed Private Telecom operators in India / Private Infrastructure Providers for licensed Telecom operators in India during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following.

Three similar successfully completed works costing not less than the amount equal to 40 % of the estimated cost put to tender.

OR

Two similar successfully completed works costing not less than the amount equal to 50 % of the estimated cost put to tender.

OR

One similar successfully completed works costing not less than the amount equal to 80 % of the estimated cost put to tender.

Note: For Rate Contract works, the eligibility criteria shall be derived based on capacity and estimated cost put to tender for one typical job. However, turnover shall be evaluated based on the total estimated cost put to tender.

3) Mandatory documents such as Financial instruments towards EMD and cost of bid, CA certificate for turnover, Documentary proof of eligibility conditions, Valid electric license, Valid service tax, EPF and ESI registration Certificate, Copy of PAN and Valid WCT/Sales Tax/VAT registration certificate etc as mentioned in BSNL EW 6 are to be scanned and uploaded on the link within period of bid submission.

4) (i) Earnest money amounting to Rs 24,801/-(in the form of Demand draft / FDR/BG/CDR) and Cost of Bid Document amounting (non refundable) to Rs 500 + Service Tax (in the form of Demand Draft) of a Nationalised / Scheduled Bank granted by the Reserve Bank of India, drawn in favour of Accounts Officer (Cash), O/o The GMTD, BSNL, Haldwani payable at Haldwani shall be scanned and uploaded to the e-tendering website within the period of bid submission. The validity period of EMD is 120 days from the date of online bid opening.

(ii) The physical copies of EMD, Cost of bid as above and other documents (mentioned at sl no 23 BSNL EW 6, duly self-attested and certified by any BSNL executive shall be placed in a envelope with due mention of name of work, due date and time of opening of online bids, name of the bidder and shall be submitted by dropping in the box available in the O/o Executive Engineer (E), BSNL Electrical Division, Haldwani or shall be sent by Registered / Speed post so as to reach by 15:00 hrs on opening date of online bid. The BSNL will not be held responsible for the postal delay if any in the delivery of the documents and non-receipt of the same in time. After verification of contents of the envelope, online bid document shall be opened.

If not certified by BSNL executive then original documents shall be produced at the time of tender opening. After verification of contents of this envelope, then online bid document shall be opened.

(iii) The EMD of all the unsuccessful tenderers shall be released on issue of award letter to the successful tenderer. This shall be done within one week of award letter.

(iv) Exemption from payment of earnest money and security deposit by any other unit / department shall not hold good for BSNL.

(v) Interested contractors who wish to participate in the bid has also to make following payments within the period of bid submission.

(a) E-tender processing fee Rs. 620.00 shall be payable to M/s ITI Ltd through their e-gateway by Debit / Credit Card, Internet Banking or RTGS / NEFT facility.

(vi) a) The online bid can be submitted up to 15:00 hrs on dated 17.02.2017

b) Submission of EMD, Cost of bid documents and other documents upto 15:00 hrs on dated 17.02.2017

c) The online bid shall be opened at 15:30 hrs on dated 17.02.2017

5) The agency intending to participate in e-tendering process shall have to register with ITI Ltd, New Delhi. For details kindly visit website .

5.1 The online bid of tenderer who do not comply as above shall not be opened.

5.2 Tenders should not contain any condition including conditional rebate. Such tender shall be rejected forthwith. However, tenders with unconditional rebate will be considered.

5.3 In case holiday is declared on the opening day of the tenders, the online bid will be opened on the next working day. Validity of tender (online bid) shall be 90 (Ninety) days after the date of opening of tender.

Executive Engineer (E)

BSNL Electrical Division

Haldwani

No: - 3(2)/EE(E)/BSNL/Haldwani/16-17/42 Dated 28.01.2017

Copy To :

1) The S.E(E), O/o the Sr Chief Engineer(E), BSNL Electrical Zone, Dehradun.

2-3) The EE (E), BSNL Electrical Division, Haldwani/ Dehradun.

4) The VO, O/o CGMT, BSNL, Dehradun.

5) The A.O (cash), O/o GMTD, BSNL, Haldwani.

6) Notice Board.

INFORMATION & GENERAL INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING THE PART OF BID DOCUMENT AND TO BE POSTED ON THE WEBSITE

1) The Executive Engineer (E) BSNL, Electrical Division, Haldwani Invites on behalf of Bharat Sanchar Nigam Limited online item rate e-tenders for the following work from the eligible contractors satisfying the eligibility conditions as specified in NIT.

|Name of work |Estimated cost |Earnest Money |Currency of Rate |Time for completion of |

| |(Rs.) |Deposit (Rs.) |Contract for issue |individual Work. |

| | | |of LOI | |

|SITC of Free Cooling system for various BTS sites (where ambient | | | |Two month for supply and ITC |

|temperature remain above 30 OC) under BSNL Electrical Division, |12,40,050/- |24,801/- |One year |item & 36 months for AMC. |

|Haldwani | | | | |

2.1 The Intending bidder must read the terms and conditions of Notice Inviting Tender (EW-6) & eligibility criteria carefully. He should only submit his bid if he considers himself eligible and he is in possession of all the supporting documents required.

2.2 Information and instructions for bidders posted on website shall form part of bid document.

2.3 The bid document consisting of plans/specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be compiled with and other necessary documents can be seen and downloaded from website BSNL.

2.4 But the bid can only be submitted after depositing processing fee in favour of ITI Ltd and uploading the mandatory scanned documents such as Demand Draft or deposit at Call Receipts or Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank towards EMD and cost of bid document in favour of respective Account Officer and other documents as specified.

2.5 Those Contractors not registered on website mentioned above are required to get

registered before hand.

2.6 The intending bidder must have class-III digital signature to submit the bid.

2.7 On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitor bid sheets.

2.8 Contractor can upload documents in the form of JPG format and PDF format.

2.9 Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures appears in Pink colour and the moment rate is entered, it turns sky blue.

In addition to this, while selecting any of the cells a warning appears that if any cell is left blank, the same shall be treated as “0”. Therefore if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be treated as “0” (ZERO).

2.10 Prospective bidders of General public can see and download free of cost PDF format of the tender documents from website: BSNL.

To participate in the tender, prospective bidders are requested to download the excel formats, after login in the Home page of the website: BSNL with User ID/ Password/Class III Digital Signature Certificate.

2.11 Prospective Bidder has to fill Excel Documents and upload the same without renaming it. Please

refer Help Manual for Tender submission or contact ITI Helpdesk.

Help Desk of M/s ITI: Shri …………………….

Mob. No. …………………………

Tender Wizard Officer ……………………….

Email: ……………………………..

2.12 The intending tenderers should get themselves registered with M/s ITI Limited, as per instructions on web site. The intending tenderers who need digital signature should also contact M/s ITI Limited well in advance for issue of digital signature.

2.13 After registration, the intending bidder has to make a request for the particular tender for which he has to pay processing fee through e-payment link available on portal by VISA/Master enabled Credit/Debit cards/PNB net banking facility.

2.14 It is essential to upload all the mandatory documents. If some document is not applicable /available the status shall be printed on a paper and same shall be uploaded. Uploading of any blank/irrelevant documents in connection to mandatory documents will lead to rejection of the offer.

NOTICE INVITING e-TENDER (BSNL EW-6)

BHARAT SANCHAR NIGAM LIMITED

(A Government of India Enterprise)

(Electrical Wing)

Electrical Division : --Haldwani Sub-Division :- Haldwani

NIT No :- 29/BSNL/ED/Haldwani/16-17 dated: 29.11.2016

NOTICE INVITING e-TENDER

(As per tendering procedure in BSNL revised up to date)

1. Item rate e-Tenders in the prescribed form are hereby invited on behalf of BSNL for the work of: -SITC of Free Cooling system for various BTS sites (where ambient temperature remain above 30 OC) under BSNL Electrical Division, Haldwani

1.1 The work is Estimated to cost Rs 12,40,050/-

1.2 Intending bidder is eligible to submit the bid provided he has definite proof from the appropriate authority, which shall to the satisfaction of competent authority, of having the eligibility criteria as mentioned below.

1.2.1Eligibility Criteria for submission of online Bid document:

1.2. Average annual financial turnover during the last 3 years, ending 31ST march of the previous financial year, should be at least 30 % of the estimated cost.

“And”

1.2.2. Experience of having successfully completed similar works (where “similar work” shall mean “providing free cooling arrangement in shelter BTS”) in central Government / State Government / Central Autonomous body /State or Central PSU / Licensed Private Telecom operators in India / Private Infrastructure Providers for licensed Telecom operators in India during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following.

Three similar successfully completed works costing not less than the amount equal to 40 % of the estimated cost put to tender.

OR

Two similar successfully completed works costing not less than the amount equal to 50 % of the estimated cost put to tender.

OR

One similar successfully completed works costing not less than the amount equal to 80 % of the estimated cost put to tender.

Note: For Rate Contract works, the eligibility criteria shall be derived based on capacity and estimated cost put to tender for one typical job. However, turnover shall be evaluated based on the total estimated cost put to tender.

1.2.3 The contractor should submit and confirm Chartered Accountant Certificate in respect of turnover and other registration certificate (Enlistment in BSNL, Electrical license, Sales Tax) with attested copies (self attested and counter attested by any executive of BSNL / MTNL or Gazetted Officer of GOI) as applicable along with the application on printed letter head for purchase of tender.

1.2.4 The contractor shall submit and confirm his permanent account number (PAN) issued by

the Income Tax Department.

1.2.5 The tenderer should submit the valid WCT/Sales Tax/VAT registration certificate.

1.2.6 The firm should have EPF, ESI and Service Tax registration.

02. Agreement shall be drawn with the successful bidders on prescribed form BSNL EW 8 (or other standard form as mentioned) which is available as government of India publication and also available on website electrical.bsnl.co.in. Bidder shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.

03. The time allowed for carrying out the work will be 02 months for individual work (for supply and ITC portion agreement) and shall be reckoned from 10th day after the date of written order to commence the work.

04. The site for the work is available.

OR

The site for the works shall be made available in parts as specified below.

…………………………………………………………………………………………………

05. The bid document consisting of the detailed plans, complete Specifications, the schedule of quantities of the various types of works to be executed and the set of terms and conditions of contract to be complied with by the persons whose tender may be accepted and other necessary documents except Standard General Conditions of Contract Form can be seen on the website BSNL.

06. After submission of the bid the contractor can re-submit revised bid any number of times but before last time and date of submission of bid as notified.

07. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he need not re-enter rate of all the items) but before last time and date of submission of bid as notified.

08. When bids are invited in three stage system and if it is desired to submit revised financial bid then it shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall become invalid.

09. (i) Earnest money amounting to Rs 24,801/-(in the form of Demand draft / FDR/BG/CDR) and Cost of Bid Document (non refundable) amounting to Rs 500 + Service Tax (in the form of Demand Draft/Pay Order/Banker’s Cheque) of a Nationalised / Scheduled Bank granted by the Reserve Bank of India, drawn in favour of Accounts Officer (Cash), O/o The GMTD, BSNL Haldwani payable at Haldwani shall be scanned and uploaded to the e-tendering website within the period of bid submission. The validity period of EMD is 120 days from the date of online bid opening.

(ii) The physical copies of EMD, Cost of bid as above and other documents (mentioned at sl no 23 BSNL EW 6, duly self-attested and certified by any BSNL executive shall be placed in a envelope with due mention of name of work, due date and time of opening of online bids, name of the bidder and shall be submitted by dropping in the box available in the O/o Executive Engineer (E), BSNL Electrical Division, Haldwani or shall be sent by Registered / Speed post so as to reach by 15:00 hrs on opening date of online bid. The BSNL will not be held responsible for the postal delay if any in the delivery of the documents and non-receipt of the same in time. After verification of contents of the envelope, online bid document shall be opened.

If not certified by BSNL executive then original documents shall be produced at the time of tender opening. After verification of contents of this envelope, then online bid document shall be opened.

(iii) The EMD of all the unsuccessful tenderers shall be released on issue of award letter to the successful tenderer. This shall be done within one week of award letter.

(iv) Exemption from payment of earnest money and security deposit by any other unit / department shall not hold good for BSNL.

(v) Interested contractors who wish to participate in the bid has also to make following payments within the period of bid submission.

(a) E-tender processing fee Rs. 620.00 shall be payable to M/s ITI Ltd through their e-gateway by Debit / Credit Card, Internet Banking or RTGS / NEFT facility.

(vi) Online bid documents submitted by e-tendering bidders shall be opened only of those bidders, who have deposited e-Tendering Processing Fee with M/s ITI Ltd and Earnest Money Deposit, cost of bid documents and other documents scanned, uploaded and deposited physically as mentioned above, are found in order.

(vii) a) The online bid can be submitted up to 15:00 hrs on dated 17.02.2017

b) Submission of EMD, Cost of bid documents and other documents upto 15:00 hrs on

dated 17.02.2017

c) The online bid shall be opened at 15:30 hrs on dated 17.02.2017

10. The bid submitted shall become invalid and e-tendering processing fees shall not be refunded if—

(i) The bidder is found ineligible.

(ii) The bidder does not upload all the documents as stipulated in the bid document.

(iii) If any discrepancy is noticed between the documents as uploaded at the time of

submission of bid and hard copies as submitted physically by the bidder in the office of bid

opening authority.

(iv) The bidder does not deposit EMD and Cost of bid document in proper manner.

11. i) Performance guarantee: The contractor is required to furnish performance guarantee for an amount equal to 5 % of the contract value in the form of bank guarantee/CDR/FDR/DD (of a nationalized/Scheduled bank in a standard format) within two weeks from the date of issue of award letter. This period can be further extended by the Engineer Incharge upto a maximum period of two weeks on written request of contractor. The validity period of the performance security in the form of performance bank guarantee shall be one year from the date of actual completion of work.

ii) Security deposit : In addition of performance guarantee stated above, a sum @ 10% of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum be deducted with the sum already deposited as earnest money, will amount to security deposit of 5% of the Tendered value of the work.

12. The description of the work is as follows:

Intending bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their bid. A bidder shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed. The bidder shall be responsible for arranging and maintaining at his own cost all materials, tools and plants, water, electricity access, facilities for workers and other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a bid by a bidder implies that he has read this notice and other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

13. The competent authority on behalf of the BSNL does not bind itself to accept the lowest or any other bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.

14. Canvassing whether directly or, indirectly, in connection with bidders is strictly prohibited and the bid submitted by the contractors who resort to canvassing will be liable for rejection.

15. The Competent Authority on behalf of BSNL reserves to himself the right of accepting the whole or any part of the bid and the bidders shall be bound to perform the same at the rates quoted.

16. i) The tenderer should give a certificate that none of his/her relative is employed in BSNL units. In case of proprietorship firm, certificate will be given by the proprietor and for partnership firm certificate will be given by all the directors of the company.

ii) Near relatives of all BSNL employees either directly recruited or on deputation are prohibited from participation in tenders and execution of works in the different units of BSNL. The near relatives for this purpose are defined as:

a) Members of a Hindu Undivided family.

b) They are husband and wife.

The one is related to the other in the manner as father, mother, son(s) & son’s wife (daughter-in-law), daughter(s) & daughter’s husband ( son-in-law), brother(s) & brother’s wife, sister(s) & sister’s husband (brother in law).

iii) The company or firm or any other persons is not permitted to tender for the work in BSNL unit in which his near relative(s) is (are) posted The unit is defined as SSA/ circle/ Chief Engineer/ Chief Archt. / corporate office for non-executive employees and all SSA in a Circle including Circle office / Chief Engineer / Chief Architect / Corporate Office for Executive Employees (including those called as Gazetted officers at present). The tenderer should give a certificate that none of his / her such near relative is working in the units as defined above where he is going to apply for tender/ work, for proprietorship, partnership firms and limited company certificate shall be given by the authorized signatory of the firm. Any breach of these conditions by the company or firm or any other person, the tender / work will be cancelled and earnest money / performance guarantee will be forfeited at any stage whenever it is so noticed. BSNL will not pay any damages to the company or the firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit.

The format of the certificate to be given is:

“I .......................................................................................................................................................

Son of Sh .............................................. Resident of .............................................................. hereby certify that none of my relative (s) as defined in the tender document is/ are employed in BSNL unit as per details given in the tender document. In case at any stage, it is found that the information given by me is false/ incorrect, BSNL shall have the absolute right to any action as deemed fit / without any prior intimation to me”.

(Seal of the firm) (Signature of contractor)

17. No employee in BSNL / Govt of India is allowed to work as a contractor for a period of two years of his retirement from service without any prior permission. The contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission as aforesaid before submission of tender and engagement in the contractors service.

18. The bid for the work shall remain open for acceptance for a period of 90 days from the date of opening of bids. If any bidder withdraws his bid before the said period or issue of letter of acceptance whichever is earlier, or makes any modification in the terms and conditions of the bid which is not acceptable to the BSNL .The BSNL shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% (fifty percent only) of the said earnest money as aforesaid. Further the bidder shall not be allowed to participate in the re-bidding process of the work.

19. This Notice Inviting e-Tender (BSNL EW - 6) shall form a part of the contract document. The successful bidder/contractor on acceptance of his bid by the ACCEPTING AUTHORITY shall within 15 days from the stipulated date of start of the work, sign the contract consisting of:

a) The Notice Inviting e-Tender, all the documents including additional conditions, specifications and drawings, if any, forming part of the bid document as uploaded at the time of invitation of bid and the rates quoted online at the time of submission of bid and acceptance thereof together with any correspondence leading thereto.

b) Standard form (BSNL EW-8).

c) BSNL EW General Rules & Directions.

d) BSNL EW Condition of Contract.

20. The tender for the work shall not be witnessed by the contractor who himself / themselves has / have tendered or who may and has / have tendered for the same work. Failure to observe this condition would render tenders of the contractors tendering as witnessing the tender is / are liable for summarily rejection.

21. Extension of validity: In case, where the letter of award of work cannot be placed within the validity period of the tender, BSNL can request all tenderers to extend the validity of their respective tenders and the earnest money deposit by a reasonable period. In such cases, extension of validity of Earnest Money deposit by 30 days beyond the extended validity date of tender should also be asked for. While BSNL can make the request for extension, the tenderer is free to either extend the validity or refuse the request to extend the validity.

22. The contractor should read the tender documents carefully before submitting the online Bid.

23. The intending bidder eligible to submit the bid has to scan and upload the following

documents.

a) Demand Draft/FDR/CDR/BG of any Nationalized / scheduled bank towards EMD.

b) Demand Draft of any Nationalized/scheduled bank towards cost of bid.

c) CA certificate for turnover for last 3 years.

d) Documentary proof of satisfying eligibility conditions as per 1.2.1. of BSNL EW-6.

e) Valid Electrical license of appropriate voltage to work in Uttarakhand state (where ever applicable) .

f) Valid service tax registration Certificate.

g) Employees Provident Fund Registration Certificate and ESI Registration Certificate.

h) PAN Card issued by Income Tax Department.

i) WCT/Sales Tax/VAT Registration certificate.

j) Application on printed letter head.

k) Declaration that non of his/her relative is employees in BSNL Units to be given by contractor as per BSNL EW-6 clause 16.

l) Undertaking as given on page no. 01

24. For e-tendering of this tender BSNL has engaged e-portal maintained by M/s ITI Ltd, New Delhi. The agency intending to participate in tendering process shall have to register with ITI Ltd, New Delhi. For details kindly visit website or contact Shri Rajesh Kumar, Manager (B.D), ITI New Delhi, Tele/Fax: 011-22023084, Mob: 09868123587.

For and on behalf of Bharat Sanchar Nigam Limited

Signature of Contractor Executive Engineer (E)

BSNL Electrical Division,

Haldwani

BSNL EW TENDER FORM BSNL EW - 8

BHARAT SANCHAR NIGAM LIMITED

(A Govt. of India Enterprise)

CIRCLE - Uttarakhand Telecom Circle DIVISION: Haldwani

BRANCH – EW

e-Tender for the work of: -

“SITC of Free Cooling system for various BTS sites (where ambient temperature remain above 30 OC) under BSNL Electrical Division, Haldwani ”

1. Name of Agency : ………………………………………

2. Cost of Bid : Rs. 500 + Service Tax

3(a) Last Date and Time of closing of online submission of Bid: 17.02.2017 (upto 15:00 hrs)

(b) (i) To be submitted by 15:00 hrs on 17.02.2017online and to EE(E).

(ii) To be opened in presence of bidders who may be present at 15:30 hrs on 17.02.2017 with O/o EE(E).

T E N D E R

1. I/We have read and examined the notice inviting tender, schedule, Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

2. I/We hereby tender for the execution of the work specified for B.S.N.L. within the time specified in Schedule as applicable.

3. I/We agree to keep the tender open for Ninety (90) days from the due date of submissions thereof and not to make any modifications in its terms and conditions.

4. A sum of Rs 24,801/- is hereby forwarded in the form of DD/Pay Order/FDR/CDR / BG of a Scheduled Bank by Reserve Bank of India as earnest money. If I/We, fail to commence the work specified, I/We agree that BSNL or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely, and the same may at the option of the competent authority on behalf of BSNL be recovered without prejudice to any other right or remedy available in law out of the deposit in so far as the same may extend in terms of the said bond and in the event of the deficiency out of any other money due to me/us under this contract or otherwise.

5. Should this tender be accepted, I/we agree to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered up to maximum of percentage mentioned in clause 12.3 of the tender form and those in excess of that limit at rates to be determined in accordance with provisions contained in clause 12.2.

6. I/we agree to furnish to BSNL Deposit at call receipt / FDR/Bank Guarantee of a nationalized bank / scheduled bank for an amount equal to 5% of the contract value in a standard format within two weeks from the date of issue of award letter. I / We agree to keep the performance bank guarantee valid for one year from the date of actual completion of work.

7. We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information derived there from to any person other than to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety or interest of BSNL.

Signature of Witness (Required in case of thumb impression

is given by the contractor in place of signature)

(Signature of Contractor)

Seal of Contractor

Name and Postal Address:

Occupation of Witness

ACCEPTANCE

The above tender as modified by you and as provided in the letters mentioned hereunder is accepted by me for and on behalf of the Bharat Sanchar Nigam Limited for sum of Rs._______________

(Rupees______________________________________________________________________________)

The letters referred to below shall form part of this contract Agreement :-

a)

b)

For & on behalf of the B.S.N.L.

Signature ______________________________

Dated................ Designation ____________________________

GENERAL RULES AND DIRECTIONS

1. All works proposed for execution by contractor will be notified in a form of invitation to tender displayed on Notice Board in select BSNL offices and signed by the officer inviting tender or by publication in Newspapers/internet (designated web page) as the case may be.

2. This form will state the work to be carried out, as well as the date of submitting and opening tenders and the time allowed for carrying out the work; also the amount of earnest money to be deposited with the tender, and the amount of performance guarantee to be deposited by the successful tenderer(s). Copies of the specifications, designs and drawings and any other documents required in connection with the work signed for the purpose of identification by the Officer inviting tender shall also be open for inspection by the contractor at the office of Officer inviting tender during office hours.

3. In the event of the tender being submitted by a firm it must be signed by the authorized signatory.

4. Receipts for payments made on account of work when executed by a firm, must also be signed by

authorised signatory.

5. Any person who submits a tender shall fill up the usual printed form stating at what rate he is willing to undertake each item of the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other condition of any sort, including conditional rebates will be summarily rejected. However, tenders with unconditional rebate will be acceptable. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tenders shall have the name and number of the works to which they refer written on the envelopes. The rates(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and considering more than fifty paise as rupee one.

6. The Officer inviting tender or his duly authorised assistant will open tenders in the presence of any intending contractors who may be present at the time, and will enter the amounts of the several tenders in a Comparative Statement in a suitable form. In the event of a tender being accepted a receipt for the earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for the purpose of identification sign copies of the specifications and other documents mentioned in Rule 1.

In the event of a tender being rejected, the earnest money forwarded with such unaccepted tender shall thereupon be returned to the contractor remitting the same without any interest.

7. The officer inviting tenders shall have the right of rejecting all or any of the tenders, and, will not be bound to accept the lowest or any other tender.

8. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as any acknowledgement of payment to the Officer inviting tender and the contractors shall be responsible for seeing that he procures a receipt signed by the concerned Accounts Officer.

9. The memorandum of work tendered for and the schedule of materials to be supplied by BSNL shall be filled and completed in the office of the Officer inviting tender before the tender form is issued. If a form is issued to an intending tenderer without having been so filled in and incomplete, he shall request the officer to have this done before he completes and delivers his tender.

10. The tenderer shall sign a declaration under the officials Secret Act, 1923 for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them.

11. Rates quoted by the Contractor in the tender both in figures and words shall be accurately filled-in so that there is no discrepancy in the rates written in figures & words. However, if a discrepancy is found the rates which correspond with the amount worked out by the contractor shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the contractor or it does not correspond with the rates written in either in figures or words then the rates quoted by the contractor in words shall be taken as correct. Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rates quoted by the contractor will unless otherwise proved be taken as correct and not the amount.

12. Performance Guarantee: The contractor is required to furnish performance guarantee for an amount equal to 5% of the contract value in the form of bank guarantee / CDR/FDR/DD (of a nationalized / Scheduled Bank in a standard format) within two weeks from the date of issue of award letter. The validity period of the performance security in the form of performance bank guarantee shall be one year from the date of actual completion of work.

Security deposit: In addition to performance guarantee stated above, a sum @ 10% of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum be deducted with the sum already deposited as earnest money, will amount to security deposit of 5% of the Tendered value of the work.

13. All rates shall be quoted on the tender form. The amount for each item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount should be written both in figures and words. In case of figures, the word ‘Rs.’ Should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. ‘Rs.2.15 P’ and in case of words, the word, ‘ Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be upto two decimal places. While quoting the rate in schedule of quantities, the word’ ‘only’ should be written closely following the amount and it should not be written in the next line.

Rates, Taxes, Duties and Work Contract Tax:

14A. The bidder shall give the total composite price inclusive of all Central & state’s levies and taxes i.e. Sales-tax, purchase tax, turnover tax, service tax, works contract tax etc. or any other taxes or duties like octroi, local area development tax on materials/labour etc. However the evaluation and comparison of respective bids shall be done on the basis of net cost to BSNL on the prices of the goods offered inclusive of duties and taxes (but –excluding CENVAT-able duties and taxes) sales tax, packing, forwarding, freight and insurance charges as per existing BSNL policies.

14B. The total composite price shall comprise of unit price and all other components of price need to be individually indicated quoted against the goods/material/service, it proposes to supply under the contract in the following manner:-

i) The Basic Unit Price (Ex-Factory Price) of the goods /services/ materials Excise Duty, Sales Tax, Freight, Forwarding, Packing, service tax, insurance and any other levies /charges already paid or payable by the contractor/ supplier shall be quoted separately.

ii) The liability to pay all taxes, levies, etc shall be of contractor and BSNL will not entertain any

claim whatsoever in this respect.

14C. No concessional form except Sales Tax form ‘C’ for the items as specified in the schedule of works and meant for use in BSNL, shall be provided by BSNL. Form ‘C’ shall be provided by the BSNL only on the specific request of the contractor.

• For the purpose of evaluation of financial Bid, composite price inclusive of all taxes and levies will be considered.

• The unit wise cost /break up is necessary for the purposes of information and verification of composite price so quoted by the contractor/supplier.

• The contractor supplier shall submit to BSNL documents /proof of payment of al taxes /levies along with exemption certificate if any, to avail CENVAT benefits by BSNL.

• However the evaluation and comparison of respective bids shall be done on the basis of net cost to BSNL on the prices of the goods offered inclusive of duties and taxes (but –excluding CENVAT-able duties and taxes) sales, tax, packing, forwarding, freight and insurance charges as per existing BSNL policies.

15A. However, pursuant to the constitution (forty-sixth amendment) act, 1982, if any further tax or levy is imposed by statute, after the last date of receipt of tenders, and the contractors thereupon necessarily and properly pays such taxes/ levies, the contractor shall be reimbursed the amount so paid, provided such payment, if any, is not in the opinion of Superintending engineer (whose decision shall be final and binding) be attributable to delay in execution of work within the control of contractor.

15B. In case of statutory variation in regard to excise duty, only in respect of package AC units, EA set and Lifts. Within the stipulated date of completion of individual agreement, the same shall be paid or recovered as per the actual against documentary proof. However, beyond this period BSNL will take advantage of any duty reduction but will not pay extra on account of duty increase. Price adjustment provision on account of change in excise duty shall not apply in respect of equipment/components of equipment/materials, other than package AC units, EA set and lifts.

15C. The contractor shall, keep necessary books of account and other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorised representative of BSNL and further shall furnish such other information/ document as engineer-in-charge may require.

16. The Contractor shall, within a period of 30 days of imposition of any further tax or levy in pursuant to the constitution of (forty sixth amendment) act 1982 give a written notice thereof to the Engineer-in-charge that the same is given pursuant to this condition, together with all necessary information relating thereto.

17. BSNL shall deduct work contract tax, income tax and other statutory deductions from payments due to the firm as per rules of the State/Central Government. The Accounts Officer of the concerned Division shall issue certificates for such deductions to the firm.

18. The tender for the work shall not be witnessed by a contractor or contractors who himself/ themselves has/have tendered or who may and has/have tendered for the same work. Failure to observe this condition would render, tenders of the contractors tendering, as well as witnessing the tender, liable to summary rejection.

19. Other agencies will also simultaneously execute the works like horticulture, external services, installation of telephone exchange equipment and other building works for the same project along with this work in particular. The contractor shall afford necessary facilities for the same. No claim in the matter shall be entertained.

20. Some restrictions may be imposed by the security staff etc. On the working and/or movement of labour, material etc., The contractor shall be bound to follow all such restrictions /instructions and nothing extra shall be payable on this account.

21. The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders issued there under from time to time. If he fails to do so, his failure will be a breach of the contract and the Engineer-in-charge may in his discretion without prejudice to any other right or remedy available in law cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act.

22. No engineer of gazetted rank or executive of BSNL employed in engineering or administrative duties in an engineering department of the government of India/BSNL is allowed to work as a contractor for a period of two years of his retirement from government service without the previous permission of government of India / BSNL. This contract is liable to be cancelled if either the contractor or any of his employee is found at any time to be such a person who had not obtained the permission of the government of India as aforesaid, before submission of the tender or engagement in the contractor’s service as the case may be.

23. PARTICIPATION OF NEAR RELATIVES OF THE BSNL EMPLOYEES:

Near relatives of all BSNL Employees either directly recruited or on deputation are prohibited from participation in tenders and execution of works in the different units of BSNL. The near relatives for this purpose are defined as:-

a) Members of a Hindu undivided family.

b) They are Husband and wife.

c) The one is related to the other in the manner as father, mother, son(s) & son’s wife (daughter-in-law). Daughter (s) & daughter’s husband (son-in-law). Brother (s) & brother’s wife sister (s) & sister’s husband (brother-in-law).

24. The company or firm or any other person is not permitted to tender for works in BSNL Units in which his near relative(s) is (are) posted. The unit is defined as SSA/Circle/Chief Engineer /Chief Archt. /Corporate office for non executive employees and all SSA in a circle including circle office /Chief Engineer/Chief Architect /Corporate office for executive employees (including those called as Gazatted officers at present). The tenderer should give a certificate that none of his/her such near relative is working in the units as defined above where he is going to apply for tender/work, for proprietorship firm certificate will be given by all the sole proprietor, for partnership firm, certificate will be given by the Authorised Signatory. Any breach of these conditions by the company or firm or any other person, the tender/work will be cancelled and earnest money/performance guarantee will be forfeited at any stage whenever it is so noticed. BSNL will not pay any damages to the company or firm or the concerned person. The company or firm or the person will also be debarred for further participation in the concerned unit.

DECLARATION TO BE GIVEN BY CONTRACTOR

“I......................................................................................Son of..................................................................

Resident of..................................................................................................................................................... hereby certify that none of my relative (s) as defined in the tender document is /are employed in BSNL unit as per details given in tender document. In case at any stage, it is found that the information given by me is false/incorrect. BSNL shall have the absolute right to take any action as deemed fit / without any prior intimation to me”.

(Seal of the Firm) (Signature of contractor)

PROFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE ‘A’ Schedule of quantities: Appended on page – 24-26

SCHEDULE ‘B’ Schedule of materials to be issued to the contractor.

|Sl. No. |Description of item |Quantity |Rates in figures and words at which the|Place of Issue |

| | | |material will be charged to the | |

| | | |contractor | |

|1 |2 |3 |4 |5 |

|----------------------------------------NIL---------------------------------- |

SCHEDULE ‘C’

Tools and plants to be hired to the contractor

|Sl. No. |Description of item |Hire charges per day |Place of Issue |

|1 |2 |3 |4 |

|NIL |

SCHEDULE ‘D’

Extra schedule for specific requirements/ document for the work, if any.

a) General terms & conditions : Page 27-34

b) Technical Specification for Free cooling unit : Page 35-36

c) Technical Specification for Electrical Work: Page 37

d) List of approved make: Page 38-39

e) Model form of Bank Guarantee: Page 40

f) Model Performance Security Guarantee Bond: Page 41-42

SCHEDULE ‘E’

Clause 10 CC Clause 10CC stands deleted

|SCHEDULE 'F' | |

|Reference to General Conditions of contract | |

|(i) Name of work: |SITC of Free Cooling system for various BTS sites (where ambient |

| |temperature remain above 30 OC) under BSNL Electrical Division, Haldwani |

|(ii) Estimated cost of work: |Rs.12,40,050/- |

|(iii) Earnest money : |Rs. 24,801/- |

|(iv) Performance Guarantee : |5% of the Tendered value of the work |

|(v) Security Deposit : |5% of the Tendered value of the work |

|GENERAL RULES and DIRECTIONS : |

|Officer inviting tender : |EE (E), BSNL Electrical Division, Haldwani |

|Definitions: | |

|2(v) Engineer-in-Charge |Executive Engineer (E), BSNL Electrical Division, Haldwani |

|2(vi) Accepting Authority |SE(E), BSNL, Uttarakhand, Dehradun |

|2(x) Percentage on cost of materials and |10% |

|labour to cover all overheads and | |

|Profits. | |

|Clause 5 | |

|(i) Time allowed for execution of work : |2 Months. |

|(ii) Authority to give fair and reasonable extension of time for |Superintending Engineer(E), BSNL, Dehradun. |

|completion of work : | |

|Clause 12 | |

|12.2(iii) Schedule of rates for determining the rates for | |

|additional, altered or substituted items that cannot be determined|: DSR – 2014 EI works (Internal). |

|under 12.2 (i) and (ii). |DSR – 2014 EI works (External). |

| | |

|12.2 (iii) Plus / minus the % over the rate entered in the |: |

|schedule of rates. | |

|Clause 25 | |

|Competent authority for conciliation : |: SE not in-charge of the work. |

|Clause 12.3 | 50 % |

|Maximum of percentage for deviation in quantity of items of works | |

|to be executed. | |

ABSTRACT OF COST

EE (E)’ NIT NO. 29/BSNL/ED/Haldwani/16-17 dated: 29.11.2016

Name of Firm…………………………………………

Name of Work : SITC of Free Cooling system for various BTS sites (where ambient temperature remain above 30 OC) under BSNL Electrical Division, Haldwani

|Items of work |

| |Price Inclusive of all levies |Cenvetable amount (excise duty & |Price exclusive of Cenvetable |

| |and charges, taxes, |service tax) | |

| |Cenvetable amount | | |

|1 |2 |3 |2-3 |

| | | | |

|Total for Sub-Head - I | | | |

| | | | |

| | | | |

|Total for Sub-Head – II | | | |

| | | | |

| | | | |

| | | | |

|Total for Sub-Head – III | | | |

| | | | |

| | | | |

| | | | |

|Grand Total | | | |

| | | | |

| | | | |

Contractor

EE (E)’ NIT NO. 29/BSNL/ED/Haldwani/16-17 dated: 29.11.2016

Name of Firm…………………………………………

SCHEDULE OF WORK

Name of Work: SITC of Free Cooling system for various BTS sites (where ambient temperature remain above 30 OC) under BSNL Electrical Division, Haldwani

|Sl no |Items of work |Unit/ Qty. |Price break - up ( Rs. ) |

| | | |Basic price exclusive of all levies & charges |

| |Sub-Head - II (ITC) | |Price exclusive of service |Service Tax @15% amount |Price (all inclusive) |

| | | |tax | | |

|1 |Installation testing and commissioning of | | | | |

| |above unit i/c making suitable opening in the|01 Job | | | |

| |Shelter complete with power /control wiring | | | | |

| |as required as per specifications enclosed. | | | | |

| | |Total for | | | |

| | |25 Jobs | | | |

| |Total for Sub-Head - II | | | | |

| | | | | | |

|Sl no |Items of work |Unit / Qty |Price break - up ( Rs. ) |

| |Sub-Head - III (AMC) | |Price exclusive of service |Service Tax amount @15% on |Price (all |

| | | |tax |70% of basic rate |inclusive) |

|1 |Comprehensive maintenance of above Free | | | | |

| |cooling system for a period of 36 |01 Job | | | |

| |(thirty-six) months after the warrantee | | | | |

| |period as specified in the tender document | | | | |

| |complete as per specification enclosed. | | | | |

| | |Total for | | | |

| | |25 Jobs | | | |

| |Total for Sub-Head - III | | | | |

| | | | | | |

Note : 1. The lowest bidder shall be decided on the rates of the total of “supply”, “ITC” and “AMC” portion with net cost to BSNL inclusive of all taxes and levies and other charges except the Cenvatable amount.

2. No concessional forms except FORM „C‟ will be provided. Form „C‟ shall be provided by BSNL, only on specific request of the contractor.

3. In case of ambiguity between schedule and specifications, schedule shall prevail. If there is ambiguity between “schedule and specification” verses IS / BS standards, “schedule and specification” shall prevail. In case of contradiction between General Conditions of Contract and Special Conditions of Contract, the Special Conditions of Contract shall prevail.

Contractor

SCHEDULE “D”

(Relevant terms and conditions of standard BSNL Contract documents EW-8 Shall modified to the extent in schedule – “ D “ )

The firm shall read carefully the following conditions and shall quote accordingly confirming all the points in their offer.

A) GENERAL CONDITIONS

1. CURRENCY OF CONTRACT: -

a. The contract shall be valid for issue of L.O.I for 12 months for “Supply” & “ITC” portion including 25% deviation if any, after the date of its acceptance. The ordering quantity can be deviated up to the extent of 25% (deviation limit) without the consent of the firm. The firm shall execute such quantities at the rate quoted in the tender without any change in terms and conditions of the contract.

The AMC work shall be awarded only for works for which SITC has been carried out under this RC for which the RC will remain valid as per the requirement.

2. BSNL reserves the right to split up the work/quantities of items of works (schedule of work) between lowest two agencies in the ratio of 70% and 30% to the 1st and 2nd lowest tenderer, respectively. In case the lowest evaluated price (L1) is not accepted by other bidders (L2), BSNL reserves the right to award the entire quantity under this tender on the bidder with lowest evaluated price.

Note :- In case the second lowest tenderer does not agree to bring down the rates L-1, OR only two tenders are received, then 100% work shall be awarded to lowest tenderer.

3. Performance Guarantee (PG):

PG for SITC Portion : The Firm shall have to furnish separate Performance guarantee @ 5% of the contract value (Supply portion, ITC portion) within 15 days of the issue of letter of Acceptance in the form of Bank guarantee on a Nationalized/Scheduled bank in standard format (Annexure B)/ CDR/ FDR/ DD. This performance guarantee shall be submitted in the Electrical Division where tender was opened in the name of concerned Accounts Officer and shall be valid for 18 months from the date of issue of letter of Acceptance. After recording of the completion certificate of the work by the competent authority, the performance guarantee shall be returned to the contractor without interest.

PG for AMC Portion: The firm shall submit Performance guarantee @ 10% of the contract value of the component of RC for AMC portion on completion of 12 months from the issue of letter of Acceptance in the form of Bank guarantee on a Nationalized/Scheduled bank in standard format (Annexure B)/ CDR/ FDR/ DD. This performance guarantee shall be submitted in the Electrical Division where tender was opened in the name of concerned Accounts Officer and shall be valid for 39 months. After recording of the completion certificate of the work by the competent authority, the performance guarantee shall be returned to the contractor without interest.

4. Earnest Money :

Firm has option to deposit Earnest Money in form of Bank Guarantee, is available in department’s approved format and manner.(Annexure-A)

a) The BG shall be from a schedule bank or a Nationalized Bank/ State Bank guaranteed by Reserve Bank of India, in enclosed Performa for the prescribed value mentioned in the NIT.

b) The Bank guarantee shall remain in force for 30 days after the period, for which the tenders are valid. ( validity i.e. 90+30 = 120 days as the tender validity period is 90 days)

c) For Uttarakhand , the B.G. shall be furnished duly stamped at the rate of Rs.5/-for every 1000 or part there of as per Indian stamps act 1899.

d) The B.G. may be got extended if required. The successful bidder after award of rate contract will extend the B.G. upto one month beyond the currency of rate contract.

e) If the B.G. is executed in other state than that of place of work and stamp duty is less at the place of execution of B.G., then it will required to be stamped with the higher amount.

f) If the stamp duty in the state where B.G. is executed is higher than the place of work no further stamp duty is required.

5. Security Deposit :

For SITC portion, a sum @ 10% of the gross amount of the bill shall be deducted from each running bill of the contractor till the sum will amount to security deposit of 5% of the Tendered value of the work. This Security Deposit shall be released after an observation period of 12 months after the date of completion of work.

No Security Deposit shall be deducted for the AMC portion.

6. Operation of Master and Individual agreements shall be governed as follows:

After receipt of the requisite PG for Supply and ITC portion, letter of Commencement of RC will be issued and the Master Rate Contract agreement (SEPARATE FOR SUPPLY, ITC and AMC Portion) shall be framed by EE (Elect) office which shall be signed by the firm within 15 days of issue of this letter.

I) FOR SUPPLY AND ITC PORTIONS

a. Individual Letter of Intent (LOI) shall be issued by SE (E) to the firm giving details of site, number of units required, name of concern EE (E) and other details.

b. EE shall draw separate individual agreements for “Supply portion” & “ITC portion” based on above letter of intent.

c. Date of start of individual agreement shall be the date of issue of LOI and time allowed to carry out the work shall be two months thereafter.

d. Individual agreement shall be operated independently without co-relation with the other individual agreements for the purpose of payment, deduction/release of Security Deposit, extension of time, closing of contract etc. as per terms and conditions of individual agreement. If the firm fails to commence any work, the proportionate PG of the work shall be forfeited.

e. S.D. and other deposits as per terms and conditions of individual agreement shall be kept with the concern EE (E) and refunded / adjusted as per relevant clause of individual agreement

II) FOR AMC PORTION

a. Individual Letter of Intent (LOI) shall be issued by SE (E) after receipt of Performance Guarantee for AMC portion.

b. The LOI for AMC shall be issued Sub-Division wise only including all the units commissioned under this RC.

c. EE shall draw agreements for “AMC portion” based on above letter of intent.

d. Date of start of individual agreement shall be the date of completion of the warranty of the first unit supplied under the AMC.

e. The date of completion of the individual agreement shall be 36 months after the completion of AMC period of the last commissioned unit.

f. Individual agreement shall be operated independently without co-relation with the other individual agreements for the purpose of payment, deduction/release of Security Deposit, extension of time, closing of contract etc. as per terms and conditions of individual agreement.

g. S.D. and other deposits as per terms and conditions of individual agreement shall be kept with the concern EE (E) and refunded / adjusted as per relevant clause of individual agreement.

7. The firm has to fulfill / compliance of the provisions of EPF & Misc. Provisions Act 1952 & Employees’ Provident Fund Scheme 1952.The each claim bill of contractors must accompany the 1) List showing the details of labourers / employees engaged. 2) Duration of their engagement. 3) The amount of wages paid to such labourers / employees for the duration in question. 4) Amount of EPF contributions (both employer’s and employees contribution) for the duration of engagement in question, paid to the EPF authorities. 5) Copies of authenticated documents of payments of such contribution to EPF authorities and 6) A declaration from the contractors regarding compliance of the conditions of EPF Act, 1952.

8. Inspection at Contractor's premises

a. The BSNL's authorized representative shall have full powers to inspect drawings of any portion of the work or examine the materials and workmanship of the plant at the contractor's work or at any other place from where the material or equipment is obtained. Acceptance of any material or equipment shall in no way, relieve the contractor of his responsibility for meeting the requirement of the specifications but shall have to be replaced free of cost by the contractor in case the equipment of work is found defective or of inferior quality.

9. Rejection of defective units

a. If the completed plant or any portion thereof, before it is taken over, be found defective or fails to fulfill the intent of the specifications, the contractor shall on receipt of a written notice from the Engineer-in-Charge, forthwith make good the defective plant.

b. If the contractor fail to rectify the defects and or make good the defective plant within a stipulated time mentioned in the written notice or replace the plant at no extra cost, BSNL may make good, reject and or replace at the risk and expanses of the contractor, the whole or any portion of the plant which is defective or fails to fulfill the requirements of the contract.

B) SUPPLY PORTION AGREEMENT:-

1. STORES AND SAFETY: -

a) All the stores and materials required for satisfactory completion of the work shall be arranged at work site by the contractor from his own sources. Space for storing the material may be provided on request from the contractor. However, safe custody of the material stores at site will be responsibility of the contractor.

2. GUARANTEE AND DEFECT LIABILITY: -

a) The guarantee shall be valid for a period of 12 months from the date of commissioning or 15 months from the date of invoice in case the site is not made available to firm within three months of supply of unit, whichever is earlier. The contractor shall guarantee that all equipments shall be free from any defect due to the defective materials and bad workmanship and that the equipment shall work satisfactorily and that the performance and efficiencies of the equipments shall be not less than the guaranteed values. Any parts found defective during the guarantee period shall be replaced by the contractor without any charge whatsoever. The services of the contractor's personnel, if requisition during this period for such work, shall be made available free of any cost to the dept.

b) The contractor shall depute his representative within 24 hours of notification of the defect by the department.

c) A joint report shall be prepared by the representative of department and firm regarding nature of defects and remedial action required. Time schedule for such action shall be also finalized.

d) In case the contractor fails to depute his representative within 36 hours of notification of the defect or fails to cause remedial measure within reasonable time as decided during joint inspection, the department may proceed to do so at the contractor’s risk and expenses and with out prejudice to any other right.

e) Free servicing shall be provided every quarter after the unit is commissioned as per the terms of “Maintenance schedule to be followed” of the AMC portion. If the firm fails to carry out the same, the department may proceed to do so at the contractor’s risk and expenses and with out prejudice to any other right.

3. DATE OF COMPLETION: -

The work shall be deemed to have been completed after the successful Installation, testing and commissioning of the unit.

4. PAYMENT TERM: -

No advance payment will be made. The payment terms for all items shall be governed as under. Stipulations like levy of interest if payment is not made in specified time are not acceptable to the BSNL.

a) For supply of items 95% of the price shall be paid on receipt of goods at site by the consignee. For claiming this payment the following documents are to be supplied to the paying authority:-

i. Excise gate pass / Invoice or equivalent document favoring BSNL shall be supplied by the supplier.

ii. Delivery challan.

iii. Consignee receipt.

iv. Proof of payment of octroi / entry tax, if any

NOTE:- 100 % payment (in place of 95%) may be made on delivery, provided that an additional bank guarantee for an amount equivalent to 5% of the value of supplies valid for a minimum period of one year is furnished by the supplier along with an undertaking that the shortages / damages as are intimated to the supplier in writing shall be made good.

b) 5% of pro-rata of the approved contract value after successful commissioning of unit.

NOTE :-

I. In cases where shortage / damages are intimated to the supplier in writing, the balance payment shall be released only after the cases are settled in accordance with the provisions of the P.O.

II. No payment will be made for goods rejected at the site on testing. Payment, if made for such items shall be recovered from subsequent bills or other bills

C) ITC PORTION AGREEMENT:-

1. DATE OF COMPLETION: -

a. The work shall be deemed to have been completed after the successful Installation, testing and commissioning of the unit.

2. COMPLETION DRAWINGS: -

a. Three sets of user and service manuals of unit giving detailed operation and maintenance instructions shall be submitted by the contractor.

3. PAYMENT TERM: -

a. Payment will be made only after successful testing and commissioning of FC unit.

D) COMPREHENSIVE AMC PORTION AGREEMENT

1. Scope of Maintenance

a. The maintenance of FC units as included in the schedule of work is to be carried out on comprehensive basis. No material/spares will be supplied by BSNL. The firm has to adhere to maintenance schedule attached with this document.

b. The firm has to repair/replace defective parts/spares at no extra cost except for EU-2 air filter.

c. The contractor shall depute his service representative with in 24 hours of notification of breakdown calls by the deptt.

d. In case the contractor fails to depute his representative within 24 hours of notification of the defect or fails to cause remedial measure within reasonable time as decided during joint inspection, the department may proceed to do so at the contractor’s risk and expenses and with out prejudice to any other right.

e. The AMC period shall be started immediately after the expiry of warrantee period & will be treated as taken over for comprehensive contract from the next calendar date. The units being in warrantee period, there will not be any kind of defect list etc during handing over.

f. After the completion of maintenance contract, the Agency will handover the installation in a healthy and free from defects condition.

2. METHODOLOGY

a. Before starting the work the agency has to supply the details as per Annexure I. A complaint book as per Annexure-II shall be kept at sub-division office by the firm and the firm shall update the same by submission of service reports. Necessary complaints will be registered by JTO (E)/SDE(E) concerned and entries will be made by him according to the service reports with due verification.

b. At the start of each quarter, the firm in consultation with SDE (E) concerned shall prepare a tentative program for preventive maintenance to be carried out during the period by listing name of stations and date on which he may carry out the maintenance.

c. The firm shall depute only those persons who are trained in handling the unit to the satisfaction of maintenance In charge.

3. COMMERCIAL

a. The tenderer must obtain himself at his own expenses, all the information necessary for the purpose of tendering, Inspect the site and acquaint himself with all the local conditions, means of access to work and nature of work etc. No claim shall be entertained on this account.

b. Payments shall be made on quarterly basis.

4. SERVICE TAX : -

a. The firm shall claim service tax with the bill clearly furnishing the complete details of service tax so included. BSNL, under no circumstances, will consider any claim of service tax not included in the bill. It will be the firm’s responsibility to settle service tax with service tax authorities.

5. COMPENSATION FOR DEFAULTS

a. Any damage to the installation(s)/building due to the carelessness on the part of firm’s staff shall be the responsibility of firm and shall be replaced/rectified without any extra cost.

b. Any accident or damage will be the responsibility of agency and the Department will not entertain any claim, compensation, penalty etc on this account or on account of non-observance of any other requirement of law relevant to his work.

c. All breakdown calls / complaints have to be attended by the firm with utmost promptness. If the agency fails to rectify any fault within reasonable time, the department reserves the right to carry out the work at the risk and cost of the agency. In case the fault is of emergency nature, which may affect the normal functioning of the services, and the firm fails to take immediate necessary action, the work shall be carried out at the risk and cost of the firm without giving any notice. The decision of the EE (E) shall be final.

d. Compensation for delay in removal of defects.

|Sr No |Grounds of compensation |Quantum |

|1 |Non functioning of equipments but overall performance parameters |0.5%(half percent) per week subject to maximum of |

| |i.e. temp, |10% of the agreement amount (one year). |

| |a) Within Limits | |

| |b) Beyond Limits | |

| |

|Note: |

|1. This is without prejudice to BSNL’s right to take action under clause 3 of EW-8. |

|2. The period after which compensation shall be applicable will be governed as follows |

|1(a) shall be applicable after a period of two weeks or immediately if the ground changes from 1(a) to 1 (b). 1(b) shall be |

|applicable immediately |

|3. The period of 2 weeks shall be suitably extended, if required, in case of major defects (replacement/ repair) by the |

|Superintending Engineer (E) |

6. CURRENCY OF CONTRACT

a. The currency of contract shall be 36 months(3 years).

b. The Department reserves the right to terminate the contract by giving show cause notice of one-month duration at any time during the currency of the contract.

c. The Department reserves the right to extend the contract for a maximum period of nine months at the same rates & conditions without consent of the firm.

7. MISCELLANEOUS

a. The workers engaged by firm should maintain proper discipline and good behavior with occupants. The firm shall not depute such workers at the site, whose behavior is found improper. Executive Engineer’s decision shall be final.

b. The agency will provide the workers with necessary Tools & Plant, Testing and safety equipments.

c. Agency has to observe all the labour rules and regulations in force and indemnify BSNL against any claims whatsoever, either from this clause or any other clause in the contract.

d. Firm shall issue ID card to their workforce whenever they enter premises for bonafide work. Nobody shall be allowed entry without work and nobody will be allowed overnight stay without work. The workers should wear proper uniform with detachable badge indicating the name of person & firm.

e. Dismantled materials shall be returned to the BSNL except those items for which the replacement is supplied by the agency.

f. The contractor has to keep all the units, neat and clean to avoid any accident and / or fire hazards.

g. Firm should have round the clock contact telephone number. In case of Emergency, contractor and authorized engineer supervisor shall be available at site on short notice from engineer-in-charge and make all efforts to make the situation normal at the earliest.

h. Firm is responsible to keep workable spares and consumables for due performance of the contract. For critical spare parts, firm shall have arrangement with dealers for prompt supply.

i. Any material used/replaced by the Firm for the work shall have same specification. Alternate Make shall be allowed, only after prior approval of the Engineer in charge.

8. MAINTENANCE SCHEDULE TO BE FOLLOWED

MONTHLY

1. Checking and tightening of electrical connections.

2. Cleaning/servicing of relays as required.

3. Checks air leakage around the unit and rectify.

4. Clean internal parts of the unit including thorough washing of the filter.

5. Checking of Micro controller settings for satisfactory operation.

Annexure – I

Details to be supplied before starting the work

|1 |Name of the Agency |: | |

| |(with Office address) | | |

|2 |Name of Proprietor / partners |: | |

|3 |Telephone No.(s) of the firm |: | |

|4 |Name & address of the Supervisor |: | |

|5 |24 Hours contact No. |: | |

ANNEXURE - II

COMPLAINT REGISTER/LOG BOOK

|Sr. |Date & time |Nature of complaint |Location |Date & time of |Cause |Material |Remarks/ |

|No. |of complaint | | |attending |of |used |Signature |

| | | | |complaint |fault | |of SDE/ JTO |

| | | | | | | | |

TECHNICAL SPECIFICATION OF FREE COOLING UNIT FOR BTS SHELTER

GENERAL

1. SUPPLY VOLTAGE RANGE :- 48V – 54 V DC

2. AIR FLOW :- 2400 m³ /hr (minimum )

3. CAPACITY :- 4KW, T = 50 C

4. SHELTER SET TEMP. :- 200 C to 350 C (Default value 300 C)

AIR INLET UNIT (FREE COOLING BOX)

1. CASING MATERIAL :- GI Powder Coated , 0.8 mm for main Box ,1.6

mm for motor support ,1.0 mm for flange.

2. SIZE :- 620 x 620 x 380 mm ( L x B x H ) Approx.

3. FAN :- 48 V DC EC Centrifugal Fan backward curved

with inlet cone.

Make--EBM PAPST – R 3 G-400 AD20-30 or equivalent (to be approved by SE(E).

4. FILTER :- Washable wave type HDPE 600 x 600 x 75 mm

with Metal frame, efficiency 90 %

down to 20 Micron . Side /Back removable

from outside , housed at the bottom.

Make :- Dyna , Airtech , Purolator, Tenacity

5. AIR SUCTION :- Bottom of unit through GI Powder Coated mesh.

6. AIR DISCHARGE :- From front openable in shelter.

7. SUPPLY AIR GRILL :- Metallic (aluminium / MS) powder coated.

8. APPLICABLE STANDARD :- IP 54.

AIR OUTLET UNIT

1.GRAVITY DAMPER :- 400 x 400 mm ( Approx.), Aluminium Frame,

(Depth same as of shelter thickness ) with

stainless steel louvers , fitted from inside

2. PROTECTIVE GRILL :- Aluminium Powder coated/ MS Power coated with louvers,

fitted from outside allowing no rain.

MICROPROCESSOR CONTROLLER

The Microprocessor Controller must be designed with all accessories i/c thermostat so for operating on 30 V to 60 V DC having suitable flash memory, 4 Digits, 7 Segments, Display keypad, Al (for NTC probe) AO (0 to 10v PWM), DI&DO complete with NTC probes and capable of performing following Broad functions.

SHELTER SET TEMP 30 ° C

|FREE COOLING |ON |OFF | |

| |Shelter set Temp -Ambient Temp ≥ 3 °C |Shelter temp ≥ | |

| | |Shelter Set Temp + Free cooling Differential | |

| | |( 0-10 ° C ) | |

|AIR CONDITIONER A.C-1 |ON |OFF |Equal loading of AC unit will be |

| |Shelter Temp ≥ |Hysteresis 3 °C ( 0°-10 ° C ) |ensured. |

| |Shelter Set Temp+ 3 °C | | |

|A.C-2 |( 0°-10 ° C ) | | |

| |Shelter Temp ≥ | | |

| |Shelter Set Temp+ 5 °C | | |

| |( 0°-10 ° C ) | | |

|EMERGENCY COOLING |ON |OFF | |

| |a)Main fails |a)Mains Restored | |

| | |b) AC’s ok | |

| |b)Shelter Temp ≥ 40° C due to faulty AC |Manually Resetable | |

| |OR |(Shall allow three manual attempts) | |

| |Faulty AC signal from controller | | |

NOTE :-

a) The controller will measure the run hours of FCU mode and cooling mode.

b) Temperatures shown above are default values. Controller shall have the provision to change the same through key pad at site.

c) Controller shall ensure AC off when Free cooling is ON & vice versa

d) The Controller shall have green LEDs for power, Fan & red LEDs for alarm . One potential free contact for remote alarm shall be provided.

e) Power to existing AC units (2 nos) shall be routed through FC Controller by providing two power relays.

f) Controller have manual/auto mode.

g) The free cooling unit will trip (switch off) when battery voltage of BTS goes below 48 volts (adjustable).

INSTALLATION

a) Making suitable cutouts in the shelter for inlet unit & outlet air unit shall be the firm’s responsibility.

b) Inlet unit FCB shall be installed as low as possible at a position which allows proper air circulation in the shelter and there is no hindrance for suction of fresh air.

c) Out let unit should be installed diagonally opposite to the free cooling box above door height as far as possible. This should be adequately sealed to prevent any leakage of cool air when AC is on.

d) The firm shall be responsible for installation, testing & commissioning of FCB on turnkey basis.

e) All installation materials (nuts ,bolts etc ), power cables, 10 A DP MCB with box suitable for 48 V DC, Interconnecting cables between FCB controller & existing AC controller, connectors and all other accessories shall be supplied by the firm at its own cost.

f) All Electrical works shall comply with Indian Electricity rules and C.P.W.D general specifications for electrical work.

TECHNICAL SPECIFICATION FOR ELECTRICAL WORKS

1. General

1. All components, accessories, raw materials and finished parts used in manufacture and assembly of switch boards, power and control circuit wiring and earthing system shall comply with the relevant Indian Standards amended upto date.

2. The entire work shall comply with Indian Electricity rules and C.P.W.D general specifications for electrical work. Particular care shall be taken to ensure compliance to I. E. rules 41, 45, 51 and 61.

3. When cables pass through pipes, wooden bushes shall be provided at both the ends. When cables are required to pass through floors or walls, pipe inserts shall be provided and openings sealed in approved manner.

2. Wiring

1. Power/Control circuit wiring shall be carried out with ISI marked 1.1 kV grade PVC insulated copper conductor cables.

2. Power wiring for AC shall be carried by 3 core 4 sqmm PVC insulated PVC sheathed copper conductor cables.

3. All cables/wires shall be of adequate cross sections to restrict the voltage drop but each conductor shall not be less than 1.5 sq. mm.

4. Runs of wires within shall be neatly bunched and suitably supported / clamped. Means shall be provided for easy identification of the wires by means of labeled ferrules.

5. While making the end connection of wires, no strand shall be out and the termination of wire shall be done with necessary lugs and ferrule by crimping method without any extra payment.

3. Earthing

1. In accordance with Rule 61 of IE Rules, metallic frame of the controller shall be connected to 2 separate and distinct earths. The size of such earth wires shall be not less than 1.5 SQ.MM PVC insulated copper cable with necessary lugs and ferrules.

LIST OF APPROVED MAKES

|S.No. |Item |Makes |

|1 |Engine |Ashok Leyland /Cummins/ Cater pillar /KOEL/ Volvo Penta / Mahindra & Mahindra (up to 40 |

| | |KVA) /Escorts (up to 30 KVA)/ Eicher (up to 20 KVA) |

|2 |Alternator(Brushless) |Crompton Greaves (AL. series) / KEC / |

| | |Leroy Somer / Stamford/Jyoti Ltd |

|3 |Battery (Lead Acid / |Amara Raja / AMCO / Farukawa / Hitachi |

| |Mntc. Free) |/ Exide/ Prestolite / Standard |

|4 |HV Switchgear |Biecco Lawrie / Crompton / Kirloskar / |

| |(Vacuum Circuit |MEI / Jyoti Ltd |

| |Breaker/SF6 ) | |

|5 |Transformer (Oil filled |ABB / Schneider Electric /Andrew Yule / |

| |/ Dry type) |Bharat Bijlee / Crompton / EMCO / |

| | |Kirloskar/ Siemens |

| |a) Above 400 KVA | |

| |b) Up to 400 KVA |In addition to above makes, |

| | |Uttam/Automatic Electric |

| | |Gear(AEG)/Patson/Rajasthan |

| | |Transformer and Switchgear |

|6 |Air Circuit Breaker |L&T/ Schneider Electric / Siemens |

|7 |MCCB(Ics=Icu) |L&T/ Schneider Electric / Siemens |

|8 |SDF units |L&T/ Schneider Electric / Siemens/ HPL/Havells |

|9 |Power Contactors |L&T/ Schneider Electric / Siemens/ |

| | |Lakshmi(LECS) |

|10 |Change Over Switch |HPL / Havells / H-H Elcon |

|11 |Intelligent APFC Relay |L&T/EPCOS(Siemens)/ Schneider Electric |

| | |/ Neptune Ducati/Syntron/ |

|12 |Bus Bar Trunking/ |Moeller/L&T/Schneider |

| |Sandwiched Bus Duct |Electric/ABB/Legrand/Zeta |

|13 |Power Capacitors |L&T/EPCOS(Siemens)/ABB/Crompton/ |

| |(MPP/APP) |Schneider Electric/Neptune Ducati |

|14 |Digital/ KWHr meter |Schneider Electric/ AE/ Digitron / IMP/ |

| | |Meco / Rishabh / Universal/HPL/L&T/ABB |

|15 |Cold shrink HT/LT |Denson / 3M(M-Seal )/ Raychem |

| |Cable Joint | |

|16 |Rubber Matting |ISI mark |

|17 |MCB/ lsolator |Crompton / Havells / lndokopp / MDS |

| |/ELCB/RCCB/ |Legrand/ L&T / Schneider Electric/ |

| |Distribution Board |Siemens / Standard/ C&S/ABB/HPL |

|18 |MS/ PVC Conduit |ISI mark |

|19 |Cable Tray |MEM/Bharti/Ratan/Slotco/Profab |

|20 |HT/LT Cables |ISI mark |

|21 |PVC insulated |ISI mark |

| |copper conductor wire | |

|22 |Centrifugal Pump |Amrut / BE / Beacon / Batliboi / |

| | |Crompton / Jyoti / Kirloskar / KSB / |

| | |Mather & platt / WASP/Grundfos |

|23 |Submersible Pump |Crompton/Amrut / BE / Calama /Kirloskar / KSB |

| 24 |Motors |ABB/ Bharat Bijlee / Crompton Greaves / |

| | |Schneider Electric / HBB / KEC / |

| | |Siemens/Jyoti Ltd |

|25 |Fresh Air Fans |GE / Khaitan/Almonard/Crompton |

|26 |Starter |ABB / BCH / Schneider Electric / L&T /Siemens / |

|27 |Single Phase Preventer |L&T / Minilec / Siemens / Zerotrip |

|28 |GI/MS Pipe |ATC / ATL / BST / GSI / ITC / ITS / IIA / |

| | |JST / Jindal /TTA / Tata/Zenith |

|29 |Foot Valve |ISI mark |

|30 |Gate Valve |Advance/Audco/Johnson Controls/Zoloto/Annapurna / Fountain /Kirloskar / Leader / Sant / |

| | |Trishul |

|31 |Compressors |Carrier/Emerson copeland/York/Danfoss |

| | |(for chillers only) |

|32 |Resin Bonded Glass |Fibre Glass / Pilkingston / UP Twiga |

| |wool | |

|33 |Expanded Polystyrene |BASF(India) Ltd. |

|34 |Gauge |Feibig / H.Guru / Pricol |

|35 |Controls |FLICA / Honeywell / Indfoss / Penn- |

| | |Danfoss / Ranco / Ranutrol / Sporland |

|36 |Fine Filters |Anfiltra Effluent / ARW / Athlete/ |

| | |Airtake/ Dyna / Kirsloskar/ Puromatic/ |

| | |Purafill/ Purolator / Tenacity |

|37 |GI Sheet |HSU Jindal / National / Nippon Denro /Sail / Tata |

|38 |Heat Detector |Appollo / Chemtron/ Edward / Fenwal/ |

| | |Hochiki / Nitton /System Sensor/ |

| | |Wormald/Honeywell Essar/Notifier |

|39 |Ionization Detector |Appollo / Cerebrus / Edward/ /Fenwal / |

| | |Hochiki / Nitton / System Sensor / |

| | |Wormald |

|40 |Photo Electric Smoke |Appollo / Cerebrus / Edward / Fenwal/ |

| |Detector |Hochiki / Nitton / Wormald |

|41 |Fire Panel |Agni Instruments / Agni Devices/ Aruna |

| |(Microprocessor |Agencies/ Carmel Sensor / Ravel |

| |based) |Elect./Honeywell Essar/Notifier/Navin Systems |

|42 |Sprinkler/ Hose Reel & |ISI mark |

| |Hose Pipe | |

|43 |Fire Extinguisher |ISI mark |

|44 |Lift |OTIS, Kone, Mitsubishi, Schindler, Johnson |

NOTE:

1. The accessories such as CT/PT/measuring instrument/relays provided by approved make in respect of Transformer/HT Panel/DG /AC Package Units as supplied by approved manufacturer along with the equipments are also acceptable in addition.

Executive Engineer (E)

BSNL, Electrical Division

Haldwani

ANNEXURE - IV

MODEL FORM OF BANK GUARANTEE

BANK GUARANTEE BOND FOR EMD

Whereas ____________________(hereinafter called “the Contractor(s) ”has submitted its Tender dated___________ for ______________________)

(Name of Work )______________________________________________________

_____________________________________________________________________

KNOW ALL MEN by these presents that WE ______________________________ ______________________of________________________ having our registered office at ___________________(hereinafter called “the Bank”) are bound unto ___________________(hereinafter called “the B.S.N.L.”) in the sum of _______________________ for which payment will and truly to be made of the said B.S.N.L., the Bank binds itself, its successors and assigns by the these presents.

THE CONDITIONS of the obligation are :

1- If the Contractor(s) withdraws its tender during the period of

Tender validity specified on the Tender Form, or

2- If the Contractor(s) having been notified of the acceptance of its Tender by Bharat Sanchar Nigam Limited during the period of Tender validity.

a) fails or refuses to execute the Contract.

b) fails or refuses to furnish Security Deposit in accordance with the conditions of Tender document.

We undertake to pay to Bharat Sanchar Nigam Limited upto the above amount upon receipt of its first written demand, without B.S.N.L. having to substantiate its demand, provided that in its demand B.S.N.L. will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions specifying the occurred condition or conditions. The guarantee will remain in force as specified in the Tender Document upto and including Thirty (30) days after the period of the Tender validity, and any demand in respect thereof should reach the Bank not later than the specified date/dates.

Signature of the Bank

Name of witness

Signature of the Witness

Address of witness

ANNEXURE-V

MODEL FORM OF PERFORMANCE GUARANTEE

I) BANK GUARANTEE BOND FOR PERFORMANCE GUARANTEE

_________for ________________(Name of work) and

Whereas ------------- (here in after called” the Contractor(s)” has submitted its Tender dated __________for__________________(Name of work) and

Whereas-----------------(here in after called” the Contractor(s)” has been communicated the acceptance of its tender dated__________ for______________(Name of work)vide letter No. _____________dated ___________BSNL.

KNOWN ALL MEN by these presents that We _________________of ___________________having our registered office at _______________(here in after called “The bank”)are bound up to _____________(here in after called “the BSNL”) in the sum of ______________for which payment will and truly to be made of the said BSNL, the Bank binds itself, its successors and assigns by these presents.

i) We (name of the bank)___________________________do hereby undertake to pay the amounts due and payable under this guarantee without any demure, merely on a demand from the BSNL by reason of breach by the said contractor(s)’of any of the terms or conditions contained in the said Agreement or by reason of the contractor(s)’failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee where the decision of BSNL in these counts shall be final and binding on the bank. However, our liability under this guarantee shall be restricted to an amount not exceeding________________.

ii) We under take to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any court or tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the contractor(s)/supplier(s) shall have no claim against us for making such payment.

iii) We (name of the bank)__________________________further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the BSNL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till _______________________________(office/Department) BSNL certifies that the terms and conditions of the said Agreement have been fully or properly carried out by the said contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the expiry of TWO/TWO AND HALF/THREE YEARS (as specified in the agreement) from the date hereof, we shall be discharged from all liabilities under this guarantee thereafter.

iv) We (name of the bank)_____________________________further agree with the BSNL that the BSNL shall have the further liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time to postpone for any time or from time to time any of the powers exercisable by the BSNL against the said Contractor(s)and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the BSNL or any indulgence by the BSNL to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

v) This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s)/supplier(s).

vi) We (name of the bank)______________________lastly undertake not to revoke this guarantee during its currency expect with the previous consent of the BSNL in writing .

Dated________________ day of ________ For___________________

(Indicate the name of bank)

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download